Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 423857-2018

29/09/2018    S188

Luxembourg-Luxembourg: Technical and electrical installation inspections

2018/S 188-423857

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
NUTS code: LU LUXEMBOURG
Postal code: L-1615
Country: Luxembourg
Contact person: Service des appels d'offres et contrats
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46667
Internet address(es):
Main address: http://www.eca.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4061
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: L-1615
Country: Luxembourg
Contact person: Procurement service
Telephone: +352 43981
E-mail: eca-procurement.service@eca.europa.eu
Fax: +352 4398-46946
NUTS code: LU LUXEMBOURG
Internet address(es):
Main address: http://www.eca.europa.eu
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Economic and financial affairs

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Technical and electrical installation inspections

Reference number: AO 665
II.1.2)Main CPV code
71600000 Technical testing, analysis and consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The services to be performed under this contract are for inspections of the technical and electrical installations of buildings occupied by the European Court of Auditors, as defined in Annex A of the specifications.

The technical and electrical installation inspections are subdivided into 2 programmes:

a) group I — periodic inspections of technical and electrical installations; and

b) group II — ad-hoc inspections of technical and electrical installations, in addition to periodic inspections, following a specific request from the Court.

II.1.5)Estimated total value
Value excluding VAT: 330 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71630000 Technical inspection and testing services
71700000 Monitoring and control services
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

European Court of Auditors, Luxembourg-Kirchberg

II.2.4)Description of the procurement:

The technical and electrical installation inspections are subdivided into 2 programmes:

a) group I — periodic inspections of technical and electrical installations.

The complete list of the installations concerned, their locations and the frequency of the inspections are detailed in Annex A.

The technical and quantitative description of the installations covered by the contract, given in Annex A, indicates the current state of the installations.

The Court reserves the right to modify the technical and quantitative state of the installations.

Any substantial modifications will be the subject of a written amendment.

All ancillary equipment and accessories are considered an integral part of the installations.

The contractor is expected to have verified on site, at the time of the site visit, the nature and state of the installations. It accepts these in the state in which it finds them when the contract comes into force.

b) group II — ad-hoc inspections of technical and electrical installations, in addition to periodic inspections, following a specific request from the Court.

Services other than those provided for in Annex A which may be necessary during the course of the contract may also be entrusted to the contractor. For example, at the request of the Court, the contractor may carry out technical approvals of services performed by outside firms on or in connection with the installations covered by these specifications, and formulate possible observations on such occasions. Merely as an indication, below are some examples of redevelopment or renovation projects that the Court intends to carry out in 2019, and for which the contractor may be requested to give its technical approval: renovation of the vehicle control in the delivery area, the installation of motorised doors in the car park (construction of a concrete wall and painting), and transformation of the old computer room.

The tenderer's attention is drawn to the fact that a number of the inspections requested in Annex A are inspections more related to the performance of the systems than to their safety (‘non-regulatory’ inspections).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 330 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

General budget of the European Union

II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

By submitting an offer, tenderers acknowledge that they have the legal capacity to perform the contract.

Tenderers must be registered in the professional register or the trade register under the conditions laid down by the legislation of the country in which the tenderer is established.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Tenderers must have sufficient resources and financial means to perform the contract.

The requirements in terms of economic and financial capacity are that the tenderer’s overall average annual turnover for the last 3 years for the activity related to the subject of the contract must be equal to or greater than twice the estimated annual amount, being 165 000 EUR.

The economic and financial capacity of the tenderer will be evaluated on the basis of the turnover of the last 3 financial years.

If, for some exceptional reason which the contracting authority considers to be justified, the tenderer is unable to produce the means of proof required, it is permitted to provide evidence of its financial capacity by any means which the contracting authority deems suitable.

Minimum level(s) of standards possibly required:

The requirements in terms of economic and financial capacity are that the tenderer’s overall average annual turnover for the last 3 years for the activity related to the subject of the contract must be equal to or greater than twice the estimated annual amount, being 165 000 EUR.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Tenderers must have sufficient technical and professional capacity to perform the contract in compliance with the contract terms, taking into account the value and scale of the orders.

Proof of technical and professional capacity will be established on the basis of:

a) a copy of the tenderer's accreditation as an inspection body in accordance with the Ministerial Regulation of 6.5.1996 concerning the intervention of inspection bodies with regard to the competence and responsibilities of the inspection of labour and mines.

For tenderers who are registered in another EU country, an equivalent accreditation issued in the country where the tenderer is registered, may be submitted during the tender process. In this case, the tenderer must be approved by the Inspectorate of Labour and Mines (ITM) at the latest on 1.1.2019 (date of entry into force of the contract);

b) a copy of the accreditation of the Ministry of Sustainable Development according to the Law of 21.4.1993 on the accreditation of natural or legal persons, private or public, other than the State, for the accomplishment of technical study and verification tasks in the field of the environment (fields A, C).

For tenderers who are registered in another EU country, an equivalent accreditation issued in the country where the tenderer is registered, may be submitted during the tender process. In this case, the tenderer must be approved by the Ministry of Sustainable Development at the latest on 1.1.2019 (date of entry into force of the contract).

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 07/11/2018
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 12/11/2018
Local time: 10:00
Place:

European Court of Auditors, 12, rue Alcide de Gasperi, Luxembourg-Kirchberg, LUXEMBOURG

Information about authorised persons and opening procedure:

Tenderers or their representative wishing to attend the opening of tenders should confirm this in writing (e-mail: eca-procurement.service@eca.europa.eu) by 9.11.2018 (12:00) at the latest, and must provide their due authorisation to represent their company or the consortium. Only one person per company/consortium may attend.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.3)Additional information:

A site visit is planned for 10.10.2018 (10:00).

The site visit will take place at the following address: 12, rue Alcide de Gasperi, L-1615 Luxembourg-Kirchberg, LUXEMBOURG (please go to the reception desk of the main building of the Court of Auditors, 12, rue Alcide de Gasperi at L-1615 Luxembourg-Kirchberg, LUXEMBOURG).

The site visit is highly recommended.

If the date is not convenient, tenderers may put forward another date, although the date for submission of the tender cannot be modified.

Tenderers are requested to confirm their attendance by e-mail, no later than 16:00 on the day before the site visit, to eca-procurement.service@eca.europa.eu

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within 2 months of the tenderer being notified of the award decision or, failing this, of the date on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: European Court of Auditors, service des appels d'offres et contrats
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: L-1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-45540
Fax: +352 4398-46955
Internet address: http://www.eca.europa.eu
VI.5)Date of dispatch of this notice:
19/09/2018